J045--Heating and Cooling | Boilers | Utility Plant Gage Calibrations | (VA-25-00010313)
ID: 36C24425Q0035Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a qualified contractor to provide gauge calibration services at the Lebanon VA Medical Center in Pennsylvania. The procurement involves an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the calibration of various gauges and thermometers, ensuring they operate within specified tolerances to maintain operational efficiency and safety within the facility. This project is critical for compliance with federal regulations and the effective management of the utility plant. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by 2:00 PM EST on November 5, 2024, with the contract anticipated to run from November 18, 2024, to November 17, 2029. For further inquiries, contact Andrew Chmielewski at andrew.chmielewski@va.gov or by phone at 412-860-7204.

    Point(s) of Contact
    Andrew D Chmielewskiandrew.chmielewski@va.gov
    (412) 860-7204
    andrew.chmielewski@va.gov
    Files
    Title
    Posted
    The FY25 Utility Plant Gauge Calibration project outlines the requirements for the annual calibration of various gauges and thermometers in the LVAMC Central Utility Plant. The contractor is responsible for supplying all necessary labor, materials, tools, and equipment to remove, inspect, calibrate, and reinstall the specified devices to ensure they operate within manufacturer's specifications (±1%). A detailed list of the gauges and thermometers, including pressure and temperature ranges, is provided. The calibration work must be completed within March during standard business hours, excluding federal holidays. After completion, the contractor must submit a comprehensive PDF report within 30 days, documenting calibration results, details of each gauge's location, and any issues found that require immediate attention. This project is vital for maintaining operational efficiency and safety within the utility plant, demonstrating the government's commitment to proper facility management and regulatory compliance.
    The document outlines a Past/Present Performance Questionnaire for contractors involved in a solicitation by the federal government, specifically related to gauge calibration services. It requests contractors to provide identifying information, evaluation details from an appointed evaluator, and feedback on several assessment elements such as quality of services, timeliness of performance, and business relations. Evaluators are instructed to give narrative explanations and adjectival ratings—ranging from Excellent to Unsatisfactory—on these aspects to assess contractor performance comprehensively. It also inquires about the contractor's strengths and weaknesses, their willingness to improve, and whether the evaluator would award the contract again. This systematic review is designed to inform the government about a contractor’s track record and reliability, ensuring accountability and effective performance in public service contracts. The solicitation close date is set for November 5, 2024, signaling the importance of gathering and assessing evaluations promptly.
    The document outlines the terms of a five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract for services to be provided by a contractor to the Pittsburgh VA Medical Center. It specifies the minimum contract value of $200 and a maximum value of $50,000, though actual figures will be determined in the final award. Services include the calibration of gages and devices in the utility plant, adhering to the Statement of Work (SOW). The contract runs from November 18, 2024, to November 17, 2029, with orders contingent on the availability of funds. The contract falls under the NAICS code 238220 and the service code J045, indicating it pertains to plumbing, heating, and waste disposal equipment maintenance and repair. The document emphasizes that minimum and maximum values listed are estimates and should not be used as unit prices at the time of solicitation.
    The document outlines Wage Determination No. 2015-4235 pertaining to the Service Contract Act, detailing the minimum wage requirements and occupational wage rates for contractors in Pennsylvania. Effective from 2024, contracts signed or renewed after January 30, 2022, must pay covered workers a minimum of $17.20 per hour under Executive Order 14026, while those awarded under Executive Order 13658 prior to this date must offer at least $12.90 per hour. The wage determination lists specific hourly rates for various occupations, including administrative, healthcare, technical, and service roles, with some roles eligible for additional benefits and adjustments. Key labor provisions include healthcare benefits, paid sick leave, vacation, and holiday pay, with stipulations on uniform allowances for employees. The determination establishes guidelines for handling additional or unlisted occupations and compliance requirements for contractors, ensuring that proper compensation correlates with job responsibilities as per federal regulations. This document serves as a critical reference for contractors engaging in federally funded projects, ensuring fair wage practices under applicable labor laws.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Safe Services and Preventative Maintenance at Lebanon VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking service-disabled veteran-owned small businesses (SDVOSBs) to provide safe services and preventative maintenance at the Lebanon VA Medical Center in Pennsylvania. The procurement involves a firm-fixed price contract for locksmith services, which includes a base year and four option years, running from December 1, 2024, to November 30, 2029. This initiative is crucial for maintaining safety and security measures for sensitive materials at veteran facilities, ensuring compliance with federal contracting regulations while promoting opportunities for veteran-owned enterprises. Interested parties must submit detailed quotations by November 1, 2024, at 5 PM Eastern Time, and can contact Ralph Mielnik or Shea Matthews via email for further information.
    Z1DA--595-24-106 Replace Steam Traps Phase 1 D/B (VA-24-00024837)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the "Replace Steam Traps Phase 1 D/B" project at the Lebanon Veterans Affairs Medical Center in Pennsylvania. This Design-Build initiative aims to replace 93 steam traps and associated piping, ensuring compliance with VA specifications and national safety codes, with a total performance duration of 270 days—90 days for design and 180 days for construction. The project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a budget magnitude between $250,000 and $500,000, with proposals due by 11:00 AM EST on November 19, 2024. Interested contractors can contact Contract Specialist Amy Demarest at amy.demarest@va.gov or by phone at 412-654-4627 for further information.
    Z1DA--595-25-101 | Replace Medical Vacuum Pump Bldg 1 | NCO 4 Construction West (VA-25-00013468)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the replacement of the medical vacuum pump at Building 1 of the Lebanon VA Medical Center, under Project No. 595-25-101. The procurement involves a Design-Build contract that requires the selected contractor to provide comprehensive design and construction services, ensuring compliance with VA specifications, NFPA standards, and federal regulations. This project is critical for maintaining operational capacity within the healthcare facility, emphasizing safety and minimal disruption to ongoing medical services during construction. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is expected to be awarded as a Firm-Fixed-Price contract with a value between $500,000 and $1 million, and the solicitation is anticipated to be issued around November 7, 2024. Interested parties should direct inquiries to Contract Specialist Kaitlyn Szlachta at kaitlyn.szlachta@va.gov, and must be registered in the System for Award Management (SAM) database and verified by the Small Business Administration (SBA) at the time of proposal submission.
    Z1DA--595-24-106 Replace Steam Traps Phase 1 D/B (VA-24-00024837)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a design-build project to replace steam traps at the Lebanon VA Medical Center. The project involves replacing 93 existing steam traps with new steel traps, adhering to VA guidelines and engineering standards, and is structured in two phases with a focus on technical competence and quality control. The contract, with an estimated value between $250,000 and $500,000, is expected to commence 120 days post-Notice to Proceed and be completed within 180 days, with a mandatory site visit scheduled for October 22, 2024, and proposals due by November 20, 2024. Interested parties should direct inquiries to Contract Specialist Amy Demarest at amy.demarest@va.gov or 412-654-4627.
    Z1DA--595-25-102 Replace Multi-Stack Bldg 37 DB Lebanon VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the replacement of Multi-Stack Building 37 at the Lebanon VA Medical Center in Pennsylvania. This project involves a Firm-Fixed-Price contract for design-build services that must adhere to VA and EPA standards, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a financial threshold of $45 million in annual receipts. The anticipated period of performance is 280 calendar days from the Notice to Proceed, with a construction budget estimated between $500,000 and $1 million. The solicitation is expected to be issued around October 28, 2024, and a pre-bid conference is scheduled for November 6, 2024. Interested parties must ensure they are registered with the System Award Management (SAM) and hold Veteran Small Business Certification by the Small Business Administration to participate in the procurement process.
    Q301--X-Ray/CT/MRI Compliance Testing - IC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for engineering services related to X-Ray, CT, and MRI compliance testing at the Iowa City VA Health Care System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with medical imaging technologies, which are critical for patient care and safety. The contract, valued at approximately $19 million, will cover a base period from December 1, 2024, to November 30, 2025, with the option for four additional one-year renewals. Interested contractors must submit their quotes by December 27, 2024, and direct any technical inquiries to Contracting Specialist Evan Beachy at evan.beachy@va.gov by October 27, 2024.
    Y1FE-- Lebanon NC Correct Cemetery Facility Condition Assessment 856CM3012
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for a Firm Fixed Price (FFP) contract to conduct a Condition Assessment (FCA) and address facility deficiencies at the Lebanon National Cemetery in Kentucky, identified as Project Number 856CM3012. The project encompasses comprehensive construction and repair services, including renovations to historic structures, upgrades to IT systems, and enhancements to site infrastructure while ensuring minimal disruption to ongoing cemetery operations. This initiative is crucial for preserving the integrity and dignity of national cemeteries, reflecting the government's commitment to honoring veterans. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids electronically by November 8, 2024, at 2 PM EST, and can contact Contracting Officer Michael Giaquinto at michael.giaquinto2@va.gov for further details.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    6515--Q-NRG (plus) METABOLIC MONITOR
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is conducting a Sources Sought Notice to identify potential sources for the Q-NRG+ (plus) Metabolic Monitor and associated equipment. This procurement aims to gather information on the availability and capability of qualified Service-Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), and other suppliers to meet the specified requirements, which include advanced gas analysis technology and compatibility with both spontaneously breathing and ventilated patients. The selected vendor will be responsible for delivering new equipment, ensuring rapid warm-up times, and providing necessary manuals and warranty information, with responses due by October 30, 2024, to Contract Specialist Phillip Folger at phillip.folger@va.gov. Interested parties must also be registered in the System for Award Management (SAM) and provide detailed capability statements along with references for similar commodities.
    H999--STX - Medical Gas Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a comprehensive Medical Gas Testing program under solicitation number 36C25725Q0031, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The objective of this procurement is to ensure that piped medical gas systems across various facilities in South Texas comply with safety and operational standards established by regulatory bodies, including the National Fire Protection Agency and the Veterans Health Administration. This initiative is critical for maintaining the safety and functionality of essential medical infrastructure within VA facilities. Interested contractors must submit their proposals by October 29, 2024, at 10:00 AM Central Time, and can direct inquiries to Contract Specialist Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262.